Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

56 -- Game Changer Trap Jr

Notice Date
2/13/2020 7:50:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
USDA APHIS MRPBS MINNEAPOLIS MN 55401 USA
 
ZIP Code
55401
 
Solicitation Number
12639520Q0085
 
Response Due
2/21/2020 11:30:00 AM
 
Archive Date
03/07/2020
 
Point of Contact
Jason L Wilking, Phone: 6123363210
 
E-Mail Address
Jason.L.Wilking@aphis.usda.gov
(Jason.L.Wilking@aphis.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. This is a combined synopsis/solicitation for commercial services- prepared in accordance with Federal Acquisition Regulation (FAR) 12 and Part 13 and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. �This combined synopsis/solicitation will result in a firm fixed price modified commercial supply contract. 2. The solicitation number for this effort is 12639520Q0085 and this combined synopsis/solicitation is issued as request for quotation (RFQ). 3. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ 4. Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. �This requirement is being offered as a Small Business Set-Aside. The NAICS code is 332618.� The small business size standard is 500 employees. 5. This requirement is for the United States Department of Agriculture (USDA), Animal Plant Health Inspection Service (APHIS), Wildlife Service (WS), in Sherwood AR 6. REQUIREMENTS AND QUANTITIES: Quantity: (12) Brand name or equal, Game Changer trap Jr packages with Camera Electronic system. Salient characteristics heavy duty panels, remote gate drop, trailer and solar powered. 7.� The period of performance will be from award through delivery NTE 45 days. 8. The provision at 52.212-1 Instructions to Offerors - Commercial (Oct 2018) applies to this solicitation. 9. Award will be made to the responsible offeror whose offer conforming to this combined synopsis/solicitation and is the 10. The provision 52.212-3 Offeror Representations and Certifications - Commercial Items (Dec 2019) applies to this solicitation. The contractor shall either complete the on-line Offeror Representations and Certifications www.SAM.gov or return a completed copy of the Offeror Representations and Certifications with their quotation. 11. The clause at 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) and 52.204-17 Ownership or Control of offeror (Jan 2017) applies to this acquisition 12. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items (Jan 2020), applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition; ������������������������������� ��������������� �(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), �������������������������������������������� ��������������� with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government� Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (32) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496 (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (55) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Jul�2013) (31 U.S.C. 3332). 52.211-6 Brand Name or Equal. (Aug 1999) ����� (a)If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. ����� (b)To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must � (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; ���������� (2) Clearly identify the item by- ��������������� (i) Brand name, if any; and ��������������� (ii) Make or model number; ���������� (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and ���������� (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. ����� (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. ����� (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 13. To be awarded this contract, the offeror must be registered in the SAM.gov.�� SAM.gov information may be found at http://www.SAM.gov. 14. Quotations are due by 01:30 PM CDST, February 21, 2020 Quotes may be sent via e-mail to Jason.l.wilking@aphis.usda.gov.� The point of contact for this combined synopsis solicitation is Jason Wilking and may be reached at Jason.l.wilking@aphis.usda.gov. A COMPLETE QUOTE WILL CONSIST OF THE FOLLOWING: a. �A completed pricing for 12 trap systems, shipping and enough information to determine if products will fit the requirement.���������� b. A completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or if not completed in SAM.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e4dcc764fe0e4b568c8a5c15cc376585/view)
 
Record
SN05562135-F 20200215/200213230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.